Search Contract Opportunities

USNS Robert E. Simanek (T-ESB 7) PSA   3

ID: N3220524R4082 • Type: Sources Sought

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract will be awarded from this notice. There is no solicitation, specifications or drawings available at this time.

Military Sealift Command is seeking eligible businesses for the Post Shakedown Availability (PSA) for the USNS ROBERT E SIMANEK (T-ESB 7) commencing on/about 31 May 2025 and continuing for a period of 120 calendar days. The USNS ROBERT E SIMANEK has a length of 785 Ft, a Beam of 164 Ft, Draft of 34.4 Ft and Displacement of 90,000 long Tons and 100,000 short tons at full load. Area of consideration is East and Gulf Coast.

While the finalized list of work items is still under development, a list of notional work package items is as follows:

Furnish General Services, Project Planning and production Status Monitoring Report, Shipboard Access and Security, Clean and Gas Free, Tanks, Voids, and Cofferdams & Spaces, , Machinery Space, Deck Utilization Plan, Flight Deck Underside Cleaning, Exhaust Stack Access Ladder Modification, MDG and EDG Coupling Inspection, LAN Expansion, Bridge Electrical Outlets Installation, Thermographic Inspection, CCTV Monitoring System Expansion, TV-DTS System Installation, Bow Radar Installation, Radar Annual Service, SITE 300 Installation, ECDIs Annual Service, AC Chiller Repairs, Dumbwaiter Installation, Segregate Black and Grey Water Transfer Line, Grey Water System Isolation Modification, , Fire Doors and Shutters, Machinery Space Cranes and Hoist Inspection, ECR1 Deck Head Installation, Aft House Habitability Modifications, Bridge Wing Shelter Installation, CBRD Cage Space Installation and Outfitting, Galley Shelving Installation, Miscellaneous Space Insulate, Lifeboats and Davits Inspection, Rescue Boat and Davit Inspection, NIPR LAN Drops Installation Forward House, Barbershop Installation, FWD Overboard black and Grey Water Discharge and Shore connections Installations, Mission Fuel Leaking Tank Piping Installation, Deck Removable Coaming and Propeller Clean and Polish.

All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipated award of a contract no later than 01 April 2025. The appropriate NAICS Code is 336611. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought.

It is requested that interested businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed (3) Partnership agreements with any large businesses. (4) Completed attached J-14 Non-Discloure Agreement.

Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry.

RESPONSES ARE DUE no later than Tuesday, 25 September 2024 by 11:00 AM Eastern Daylight Time. Responses shall be sent via Email directly to Samuel Queen at samuel.n.queen2.civ@us.navy.mil and Tommy Hale at tommy.a.hale.civ@us.navy.mil. Mailed and Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Samuel Queen and Tommy Hale at the above address or via above email address.

Background
Military Sealift Command is seeking eligible businesses for the Post Shakedown Availability (PSA) for the USNS ROBERT E SIMANEK (T-ESB 7). The goal of this contract is to ensure the vessel is fully operational following its shakedown period.

The USNS ROBERT E SIMANEK measures 785 Ft in length, 164 Ft in beam, has a draft of 34.4 Ft, and a displacement of 90,000 long tons and 100,000 short tons at full load. The area of consideration for this contract is the East and Gulf Coast.

Work Details
The finalized list of work items is still under development, but the notional work package items include:

- Furnish General Services
- Project Planning and Production Status Monitoring Report
- Shipboard Access and Security
- Clean and Gas Free Tanks, Voids, and Cofferdams & Spaces
- Machinery Space tasks
- Deck Utilization Plan
- Flight Deck Underside Cleaning
- Exhaust Stack Access Ladder Modification
- MDG and EDG Coupling Inspection
- LAN Expansion
- Bridge Electrical Outlets Installation
- Thermographic Inspection
- CCTV Monitoring System Expansion
- TV-DTS System Installation
- Bow Radar Installation
- Radar Annual Service
- SITE 300 Installation
- ECDIs Annual Service
- AC Chiller Repairs
- Dumbwaiter Installation
- Segregate Black and Grey Water Transfer Line modifications
- Grey Water System Isolation Modification tasks
- Fire Doors and Shutters inspections
- Machinery Space Cranes and Hoist Inspection tasks
- ECR1 Deck Head Installation modifications
- Aft House Habitability Modifications tasks
- Bridge Wing Shelter Installation tasks
- CBRD Cage Space Installation and Outfitting tasks
- Galley Shelving Installation tasks
- Miscellaneous Space Insulation tasks
- Lifeboats and Davits Inspection tasks
- Rescue Boat and Davit Inspection tasks
- NIPR LAN Drops Installation in Forward House tasks
- Barbershop Installation tasks
- FWD Overboard Black and Grey Water Discharge and Shore Connections Installations tasks
- Mission Fuel Leaking Tank Piping Installation tasks as well as Deck Removable Coaming and Propeller Cleaning and Polishing.

Period of Performance
The PSA is expected to commence on/about 31 May 2025 and continue for a period of 120 calendar days.

Place of Performance
The work will be performed at locations along the East and Gulf Coast.

Overview

Response Deadline
Sept. 25, 2024, 11:00 a.m. EDT Past Due
Posted
Sept. 10, 2024, 9:28 a.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
38%
On 9/10/24 MSC Headquarters issued Sources Sought N3220524R4082 for USNS Robert E. Simanek (T-ESB 7) PSA due 9/25/24. The opportunity was issued full & open with NAICS 336611 and PSC 2090.
Primary Contact
Name
Tommy Hale   Profile
Phone
(757) 443-5880

Secondary Contact

Name
Samuel Queen   Profile
Phone
(757) 443-5813

Additional Contacts in Documents

Title Name Email Phone
CIV Samuel Queen Profile samuel.n.queen2.civ@us.navy.mil None

Documents

Posted documents for Sources Sought N3220524R4082

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N3220524R4082

Incumbent or Similar Awards

Contracts Similar to Sources Sought N3220524R4082

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N3220524R4082

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N3220524R4082

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > MSC > MSC HQS > MSC NORFOLK
FPDS Organization Code
1700-N32205
Source Organization Code
500045577
Last Updated
Oct. 10, 2024
Last Updated By
tommy.a.hale@navy.mil
Archive Date
Oct. 10, 2024